section a: returnable documents · 2.4 bidders may also submit a printed tcs certificate together...
TRANSCRIPT
1
Glenwood Office Park Corner Oberon & Sprite Street
Faerie Glen,0043 PO Box 73000, Lynwood ridge 0040
Tel: (012) 845 2000 - Fax: (012) 348 0894 Website: www.idt.org.za
SECTION A: RETURNABLE DOCUMENTS
SBD 1 PART A
INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE INDEPENDENT DVELOPMENT TRUST
BID NUMBER: EPWPNSSNPO16/06/2019 CLOSING DATE: 22 JULY 2019 CLOSING TIME: 14H00
DESCRIPTION
NPO REQUEST FOR PROPOSAL FOR PARTICIPATION IN THE IMPLEMENTATION OF THE EPWP NSS NPO PROGRAMME FOR 2019/2020 AND 2020/2021 FINANCIAL YEARS
BID RESPONSE DOCUMENTS MUST BE DELIVERED TO THE ADDRESS BELOW
THE INDEPENDENT DEVELOPMENT TRUST
CNR SPRITE & OBERON STREET
FAERIE GLEN (PRETORIA)
0043
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON Mr Melvin-Eugene Moroka CONTACT PERSON
Refer to point No. 11 on page 21: Regional Contact People under the Terms of Reference section.
TELEPHONE NUMBER 012 845 2065 TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS [email protected] E-MAIL ADDRESS
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
SUPPLIER COMPLIANCE STATUS
TAX COMPLIANCE SYSTEM PIN:
OR
CENTRAL SUPPLIER DATABASE No: MAAA
2
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE
TICK APPLICABLE BOX]
Yes No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
[TICK APPLICABLE BOX]
Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES, ANSWER THE QUESTIONNAIRE BELOW ]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
PART B
TERMS AND CONDITIONS FOR BIDDING 1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
2. TAX COMPLIANCE REQUIREMENTS
3
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY
RENDER THE BID INVALID. SIGNATURE OF BIDDER:…………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… (Proof of authority must be submitted e.g. company resolution) DATE:…………………………………………...
4
SBD 4
DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state¹, or persons having a kinship with
persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-
- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with
persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.
2. In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid. 2.1 Full Name of bidder or his or her
representative:………………………………………………………………………………………… 2.2 Identity Number: ………………………………………………………………………………………. 2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………. 2.4 Company Registration Number: ……………………………………………………………….……. 2.5 Tax Reference Number: …………………………………………………………………….……..… 2.6 VAT Registration Number: …………………………………………………………………………..
2.6.1 The names of all directors / trustees / shareholders / members, their individual identity
numbers, tax reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below.
¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional
institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);
(b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²” Shareholder” means a person who owns shares in the company and is actively involved in
the management of the enterprise or business and exercises control over the enterprise.
5
2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:
Name of person / director / trustee / shareholder/ member: …....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ……………………………………… Position occupied in the state institution:……………………………………… Any other particulars: ……………………………………………………………… ……………………………………………………………… ………………………………………………………………
2.7.2 If you are presently employed by the state, did you obtain YES / NO
the appropriate authority to undertake remunerative work outside employment in the public sector?
2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO
document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.
2.7.2.2 If no, furnish reasons for non-submission of such proof:
……………………………………………………………………. ……………………………………………………………………. …………………………………………………………………….
2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?
2.8.1 If so, furnish particulars:
………………………………………………………………….. ………………………………………………………………….. …………………………………………………………………...
2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with
6
the evaluation and or adjudication of this bid? 2.9.1If so, furnish particulars.
……………………………………………………………………... …………………………………………………………………..…. ………………….……………………………………………………
2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between
any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?
2.10.1 If so, furnish particulars.
……………………………………………………………… ……………………………………………………………… ………………………………………………………………
2.11 Do you or any of the directors / trustees / shareholders / members YES/NO
of the company have any interest in any other related companies whether or not they are bidding for this contract?
2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….
3 Full details of directors / trustees / members / shareholders.
Full Name Identity Number Personal Tax Reference
Number
State Employee
Number / Persal
Number
7
4 DECLARATION
I, THE UNDERSIGNED (NAME)………………………………………………………………………CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN
TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT
SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder
8
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Standard Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by institutions in ensuring that when goods and services
are being procured, all reasonable steps are taken to combat the abuse of the supply chain
management system.
3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-
a. abused the institution’s supply chain management system;
b. committed fraud or any other improper conduct in relation to such system; or
c. failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be completed
and submitted with the bid.
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National Treasury’s
Database of Restricted Suppliers as companies or persons prohibited from
doing business with the public sector?
(Companies or persons who are listed on this Database were informed in
writing of this restriction by the Accounting Officer/Authority of the
institution that imposed the restriction after the audi alteram partem rule
was applied).
The Database of Restricted Suppliers now resides on the National
Treasury’s website(www.treasury.gov.za) and can be accessed by
clicking on its link at the bottom of the home page.
Yes
No
4.1.1 If so, furnish particulars:
9
4.2 Is the bidder or any of its directors listed on the Register for Tender
Defaulters in terms of section 29 of the Prevention and Combating of
Corrupt Activities Act (No 12 of 2004)?
The Register for Tender Defaulters can be accessed on the National
Treasury’s website (www.treasury.gov.za) by clicking on its link at the
bottom of the home page.
Yes
No
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including
a court outside of the Republic of South Africa) for fraud or corruption
during the past five years?
Yes
No
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated
during the past five years on account of failure to perform on or comply
with the contract?
Yes
No
4.4.1 If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)…………………………………………………
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS
TRUE AND CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY
BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………………... …………………………..
Signature Date
………………………………………. …………………………..
Position Name of Bidder
10
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
________________________________________________________________________
(Bid Number and Description)
in response to the invitation for the bid made by:
_______________________________________________________________________
(Name of Institution)
do hereby make the following statements that I certify to be true and complete in every
respect:
I certify, on behalf
of: _______________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found
not to be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying
bid, on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by
the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the
word “competitor” shall include any individual or organization, other than the bidder,
whether or not affiliated with the bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their
qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of
business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor.
However communication between partners in a joint venture or consortium will not
no consultation, communication, agreement or arrangement with any competitor ³ be
construed as collusive bidding.
11
7. In particular, without limiting the generality of paragraphs 6 above, there has been
regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and conditions
of the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications
9. and conditions or delivery particulars of the products or services to which this bid
invitation relates.
10. The terms of the accompanying bid have not been, and will not be, disclosed by the
bidder, directly or indirectly, to any competitor, prior to the date and time of the official
bid opening or of the awarding of the contract.
11. I am aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to bids and contracts, bids that are suspicious
will be reported to the Competition Commission for investigation and possible
imposition of administrative penalties in terms of section 59 of the Competition Act
No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA)
for criminal investigation and or may be restricted from conducting business with the
public sector for a period not exceeding ten (10) years in terms of the Prevention and
Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
³ Joint venture or Consortium means an association of persons for the purpose of
combining their expertise, property, capital, efforts, skill and knowledge in an activity
for the execution of a contract.
Signature: …………………………………………… Date: ………………….
Position: ………………………………………….
Name of Bidder: …………………………………………………………………………
12
NPO PROPOSAL GUIDE
CHOOSE THE RELEVANT
PROGRAMME (Mark with X)
FOR OFFICE USE
Date received
Home Community Based Care Complete
Early Childhood Development Documents outstanding
Agriculture/Food security Date Evaluated
HIV/AIDS Approval Status
Victims empowerment
Community sport programme
Extra school support programme
Sustainable Land Based
Livelihood
Parks and beautification
Area landscape
Low Cost bridges
Waste Management
If other, please specify
Section 1: NPO Details
Please complete the sections required below and where applicable tick the relevant option for
your NPO registration status:
Name of the Organisation
Contact telephone number
Contact mobile number
Email address
Web address (if available)
Physical Address
13
Key Contact person
Alternative contact person (Name and
contact numbers
Section 2: Project Specification
State the NPO objective(s):
Section 3: Key staff complement
MANAGEMENT INFORMATION:
Manager
Administration
officer
Financial officer
EMPLOYEE
STATUS:
Number of full time staff
members
Number of
Volunteers
Total number of volunteers and full time staff
Section 4: Geographic information
Province
District/ Metropolitan Municipality
Local Municipality
Name of Township/Village
Ward number
Coordinates
14
Section 5: Proposed number of work opportunities to be created
Female No.: Male No.: Total No.:
Targeted/ Designated group Number
Women
Youth
People with Disabilities
Section 6: Organisational Capacity
Does the NPO have basic infrastructure (please tick)
Office space Yes No Computers Yes No
Office
furniture
Yes No Printing facilities Yes No
Has the NPO received funding in the past? Attach list if space provided is not sufficient
Name of Funder Year Total Value
i)
ii)
Is the NPO currently funded by the EPWP? Attach list if space provided is not sufficient
Sector Year Total Value
i)
ii)
Section 7: Commitment
Does the NPO programme focus on development of the poor in your
area
Yes No
If yes please provide details:
15
Section 8: Expansion activities
Indicate how your NPO can expand from the current projects to create more work
opportunities:
Section 9: Sustainability
Does the NPO network with other institutions in the sector? If yes, please substantiate.
Name of Institution Nature of support received
i)
ii)
iii)
Is the NPO able to market the services rendered/products produced? Provide details
What is the potential of the NPO to grow over the next two years: Please elaborate.
How stable has the NPO been since it was established?
Is the NPO financially viable? If so, how does the NPO generate its funding?
16
DECLARATION:
I,…………………………………(Name and Surname), Identity number…………………………..in
my capacity as…………………………………………acknowledge that I have read the contents of the
application form / NPO Proposal Gide and confirm that I have provided information which is
to the best of my knowledge complete, true and correct.
Signed at………………………………..……….…………...… (Place) on the ……….…..……day
of………..………………..……(month) of 2019.
17
SECTION B: TERMS OF REFERENCE
1. PROGRAMME BACKGROUND
The Expanded Public Works Programme (EPWP) was introduced in 2004 as one of the
measures to reduce the negative impacts of high and persistent levels of unemployment. The
programme aims to provide the unemployed with an opportunity to work and an avenue to
contribute towards the development of communities and ultimately the country.
To achieve this the Department of Public Works (DPW) appointed the Independent
Development Trust (IDT) as the implementing agent for EPWP Non State Sector Non Profit
Organisations (NPO) programme. The EPWP NSS NPO programme phase IV is a
continuation of the EPWP phase I which commenced in 2004 aimed at enlisting unemployed
people in meaningful work. The programme is currently in year one (1) of Phase IV
(2019/2020). Phase IV is expected to end in 2023/2024 financial year. The programme is
implemented through the establishment of partnerships with Non Profit Organisations (NPOs).
The purpose of these terms of reference is therefore to guide Non-Profit Organisations in
all the Provinces of South Africa towards bidding for appointment to create work
opportunities for the unemployed people as part of the EPWP Phase IV Non- State Sector
(NSS) Programme.
2. PROGRAMME OBJECTIVES
The programme is based on one main objective captured as follows:
2.1. To provide work opportunities and income support to poor and unemployed people
through labour-intensive delivery of public and community assets and services, thereby
contributing to the broad development goals as expressed in the National Development
Plan.
3. NPO SERVICES
The NPO will be expected to perform the following services:
Recruitment of participants.
18
Contracting with participants. Fully signed copies of contracts must be submitted to the
regional offices of the Independent Development Trust (IDT).
Ensure participants submit certified copies of Identity Documents and bank letters.
Certified copies of participants’ ID and bank letters must not be older than three
months.
Collect specimen signatures for all participants using a template provided by the
Independent Development Trust.
Assign work to participants for the duration of their contract with NPOs.
Administer the attendance register for all the sites for which the NPO is responsible.
Verify the attendance register to ascertain correctness of the days worked, ensure all
participants initialed and signed the attendance register. Submit correct attendance
registers to the regional office of the IDT.
Payment of the participants subject to point number 5 about the need for the IDT to
take up the responsibility to pay the stipends directly to the participants. Submit the
payment sheet and related detailed bank statement.
Submit reports on IDT prescribed templates monthly as per agreed scheduled dates.
Replace participants who resign from the programme. Submit fully signed contracts,
certified ID copies and bank letters for replacement participants to the IDT regional
office monthly.
4. KEY DELIVERABLES
In order to achieve the said objective, the IDT enters into contractual agreements with
qualifying NPOs who are then expected to accomplish the following deliverables:
3.1. Signed and objectively verifiable Project Implementation Plan. The Project
Implementation Plan must show the work packages or activities the NPO has set
aside for implementation of the EPWP. The NPO must also indicate the proposed
number of work opportunities that will be assigned to each work package or activity.
3.2. Creation of targeted work opportunities as agreed upon in the Service Level
Agreement (SLA);
3.3. Appointment and supervision of participants by ensuring that contracts, valid
certified ID copes, attendance registers and all relevant reporting templates
provided for by the IDT are duly completed and submitted to the relevant Regional
Office as per schedule;
19
3.4. Monthly reports at the end or beginning of every month;
3.5. Valid, accurate and correct invoices to the IDT for all works completed.
5. PAYROLL FUNCTION
The Independent Development Trust is considering taking this function away from the NPOs.
Necessary preparations are being made. Should this process not be complete at the time of
implementation of the programme, NPOs may be required to carry out payment of the stipends
to the participants for a short period. Contracted NPOs will be provided with more details on
the matter as the necessary steps to take up the responsibility by the IDT are concluded.
6. DISHONESTY
Dishonesty in any form will not be tolerated. NPOs that can be found to have been dishonest
will be terminated with immediate effect.
7. HUMAN CAPITAL
NPOs are required to provide a minimum of three people to manage the implementation of
the programme namely the Manager, Administration Officer and the Financial Officer.
8. EXPANSION PLAN AND PROJECT IMPLEMENTATION PLAN
The Independent Development Trust through the EPWP NSS NPO programme support
existing projects. It is therefore important to indicate in the Project Implementation Plan project
activities which are current and activities earmarked for implementation through the EPWP.
The Project. The two sets of project activities must be articulated separately.
9. EVALUATION METHOD
Three stage evaluation method will be used for shortlisting of the NPOs. The following is a
brief outline the methods:
Compulsory Administration Requirements
These are requirements / gatekeeping criteria NPOs must satisfy before they can be
considered for functionality. Failure to satisfy any of these requirements will lead to
disqualification of the NPO.
Functionality Criteria
This part of the evaluation looks at the following:
o capacity of the NPO to create the work opportunities,
20
o a commitment of working with vulnerable groups,
o the ability of the NPO to raise funds for their own sustainability and
o governance matters.
Only NPOOs that obtain a threshold of 60 points will be considered further. NPOs that
fail to meet a threshold of 60 points will be eliminated at this stage.
Due Diligence / Site Inspection
Due Diligence site visit will be carried out to NPOs that passed functionality evaluation.
The second score card will be used during the due diligence site visits to determine
the final points for NPOs. NPOs must score a total of 10 points for due diligence or site
inspection to qualify for participation in the EPWP NSS NPO programme.
10. DURATION OF THE CONTRACT
Successful NPOs will be contracted for a period of two years, from the date of appointment in
2019 until 31 March 2021.
11. REGIONAL CONTACT PEOPLE
The table below provides a list of contact people in the regions. Enquiries must be directed to
the relevant person in your region as per the following table:
PROVINCE CONTACT
PERSON
CONTACT NUMBERS AND
PHYSICAL ADDRESS E-MAIL ADDRESS
Eastern Cape Sibongiseni
Mvambo
(043) 711 600
0716836313
Physical Address :
Palm Square Business Park,
Bonza Bay Road , Silverwood
House Beacon Bay , East
London 5214
Free State Andile Matladi
(051) 411 6240/083 8937547
PHG Building/The Courtyard,
196 Nelson Mandel Drive,
Brandwag, Bloemfontein.
Gauteng Jacqueline Rerani (011) 357 4620/072 486 1888 [email protected]
21
Cnr 6th Avenue and New Road,
International Business Gateway
Sanlam building 3rd floor
Midrand.
KwaZulu
Natal Babhekile Mngoma
(031) 369 7400/082 927 9660
333 Anton Lembede Street, 22nd
Floor, Durban Bay House,
Durban
Limpopo Valentine Nkoana
(015) 295 0000/079 999 0001
[email protected] 22 Hans van Ransburg Street,
Polokwane.
Mpumalanga Sabelo Nhlabathi
(013) 756 5500/08
34 Brown Street Nelspruit
3rd Floor, Old ABSA Building
Northern
Cape Molefi Gaobepe
(053) 807 2660/082 887 8323
Montrio Corporate Park, Block 3
2nd Floor, 10 Oliver Road,
Kimberly
North West Jerry Setshwane (018) 389 3007/081 594 9204
4059 Joules Street, Mahikeng.
Western Cape
Nandiswa Nyala
30 Waterkant Street, 2nd Floor ,
Cape Town 8000.
021 405 4000/0845179820
22
12. COMPULSORY BRIEFING SESSIONS
Compulsory Briefing Sessions will take place in the regions according to the following table:
PROVINCE CONTACT PERSON
BRIEFING VENUE DATE TIME
Eastern Cape Sibongiseni Mvambo Palm Square Business Park, Bonza Bay Road, Silverwood House, Beacon Bay, East London 5241
02 July 2019 10h00
043 711 6000 / 071 683 6313
Free State Andile Matladi PHG Building/The Courtyard, 196 Nelson Mandel Drive, Brandwag, Bloemfontein.
02 July 2019 10h00
Opposite the University of the Free State
Gauteng Jacqueline Rerani Midrand Conference Centre 661 Pendulum Road, Halfway house, Ext 12, Midrand
03 July 2019 11h00
KwaZulu Natal Babhekile Mngoma IMBIZO HALL , EMPANGENI
02 July 2019 10h00
333 Anton Lembede Street, 19th Floor, Durban Bay House, Durban
04 July 2019 10h00
Limpopo Valentine Nkoana Giyani Community Hall next to Aosis Lodge, Giyani
02 July 2019 10h00
IDT Regional Offices, 22 Hans Van Rensburg, (015) 295 0000 / 079 999 0001
03 July 2019 10h00
Mpumalanga Sabelo Nhlabathi IDT Offices, 3rd floor, Old ABSA Building, Nelspruit
02 July 2019 10h00
Gert Sibande District Municipality Offices, Corner Joubert and Oosthuise Streets, Ermelo
04 July 2019 10h00
23
Northern Cape Molefi Gaobepe (053) 807 2660/082 887 8323
02 July 2019 10h00
Kimberley:
10 Oliver Road, Montrio Corporate Park, Block 3, 2nd Floor, Kimberley
Upington: 04 July 2019 10h00
Dept of Education District Office No. 2 JG Smit Street, Morning Glory, Upington, 8801
North West Jerry Setshwane 4059 Joules Street, Mahikeng. (018) 389 3007/081 594 9204
02 July 2019 10h00
Western Cape Nandiswa Nyala Customs House Building, 3rd Floor Lower Heerengracht Street, Foreshore, Cape Town, 8000
04 July 2019 10h00
24
SECTION C: COMPULSORY ADMINISTRATIVE REQUIREMENTS
In order to be eligible to participate, NPOs should submit proposals which meet the
following requirements:
A valid TAX pin code issued by SARS
Proof of UIF Registration (UF54) or Valid UIF Compliance Certificate
Letter of Good Standing (COIDA) or Notice of Assessment Invoice
(NB: All NPOs submitting notice of assessment invoice, must submit Letter
of Good Standing (COIDA) within seven (7) days prior to award, failure to
submit will lead to disqualification)
Latest (2018) Letter of Compliance from the Department of Social Development.
Proof of valid CSD registration or CSD MM registration number.
Valid NPO registration certificate, must be two years and older.
Completed and signed SBD Forms 1, 4, 8 and 9.
NPOs will only be considered in provinces where they have operational offices.
Proof of residence not older than three months must be attached.
Comprehensive proposal using the NPO Proposal Guide template.
Project Implementation Plan detailing the current and work packages as well as
number of work opportunities.
Duly certified Identity Documents of the owners of the NPO. Certified ID copies must
not be older than 3 months.
25
SECTION D: TECHNICAL EVALUATION
EVALUATION CRITEIA FOR FUNCTIONALITY
CRITERIA EVALUATION CRITERIA SCORE
NPO CAPACITY
Proof of operations (Reference / appointment letters
from previous clients or funders not older than 5 years
= (total 10 points)
No letter submitted = 0 1 – 2 letters = 5 3 or more letters = 10
A programme implementation plan indicating how
the entity will create labour intensive work
opportunities (total 25 points):
0 - 49 work opportunities = 0
50 - 100 work opportunities = 15
more than 100 work opportunities = 25
Human Capital (total 15 points)
Qualification of manager (5):
Matric certificate = 1, Certificate above matric = 2,
Diploma = 3 and Degree = 5
Qualification of Administrator (5):
Matric certificate = 1, Certificate above matric = 2,
Diploma = 3 and Degree = 5
50 points
26
Qualification of Financial Officer (5):
Matric certificate = 1, Certificate above matric = 2,
Diploma = 3 and Degree = 5
COMMITMENT Proven track record of working with vulnerable
groups (written testimony or proof from recognised
organisations / institutions) = Total 20 points).
Focus areas are: Women, Youth or People with
Disability.
Only one focus area = 10 points
Two focus areas = 15 points and
All three focus areas = 20 points
NB: The NPO is expected to clearly specify the area
of focus with relevant supporting documentation.
Expansion Plan (total 4 points)
Expansion plan not submitted = 0
Expansion plan submitted = 4
24 points
SUSTAINABILITY The proposal must include latest audited report or
financial statements (total 8 points)
No submission latest audited report or financial
statements = 0
Submission latest audited report or financial
statements = 8
Proof of existing funders, not older than two years
(total 8 points)
16
27
Submit the confirmation letter or contract
No funders submitted = 0
One or more funders not older than two years
submitted = 8
GOVERNANCE NPO constitution which is stamped by the Department
of Social Development (total 2 points)
Minutes of the NPO board for quarter 3 and 4 of
2018/2019 financial year (total 8 points)
No minutes submitted = 0
Only quarter 3 minutes submitted = 4
Only quarter 4 minutes submitted = 4
Quarter 3 and 4 minutes submitted = 8
10 points
NB. Only NPOs which obtain a minimum threshold of 60 points will be considered further